
Logbook
Social Media
Firehouse Journal
The Board of Directors will meet following the regular business meeting as needed.
Business meetings are held on the first Wednesday of every month at 7:30 p.m.
BINGO: Thursdays, Doors Open at 5:00 pm, and early birds begin at 6:45 pm
October 11, 2025, Car Show: Cars, Trucks, Motorcycles, Antique Fire Trucks, Prizes Awarded-Family Fun-filled event- Food Sales Registration On-Site Only (8-10 am) Fee $25 (NO ONLINE Registration) Proceeds will benefit Amissville Volunteer Fire & Rescue Company, Inc. Contact: Bonnie Bower 540-937-5101 Rain Date: October 18, 2025.
Trunk or Treat, October 25, 2025, 4-6 pm to be held at Amissville Volunteer Fire & Rescue Company. We will be serving hot dogs, cider, and a variety of treats and goodies.
AVFC Ham & Turkey Dinner, November 8, 2025, 4-7 pm. Ham and Turkey Dinner, Dressing, Mashed Potatoes/Gravy, Green Beans, Corn/Corn Pudding, Cranberry Sauce, Rolls, Various Desserts. Adults: $20, Children (6-12): $10, Children (1-5): eat free, and All-you-can-eat: $25. All proceeds will benefit the Amissville Volunteer Fire & Rescue Company.
For hall Rentals, don't hesitate to contact Sheila Smith on the contact hall rental tab or leave a message at 540-937-5125.
Virginia's annual 4 p.m. burn law takes effect on February 15th and continues through April 30th.
REQUEST FOR PROPOSALS
Parking Lot Engineering Services
Amissville Volunteer Fire and Rescue Company
Address: PO Box 147, Amissville, VA 20106
Located at: 14711 Lee Highway, Amissville, VA 20106
Date: 2 October 2025
Contracting Officer: Jack Atkins: 540-270-9589
Technical Point of Contact: W. Page Glennie 703-508-4409
Proposals Due: 28 November 2025
Scope of Services:
• Perform the necessary engineering to design a parking lot.
• Produce the required documentation to obtain county permits and for hiring a
construction firm.
Parking Lot Requirements:
• The size of the project should keep land disturbance under one acre to avoid
stormwater runoff requirements.
• The location is in front of the building out to the sign and wrapping around the
building to connect to pavement at the back of the building. See attached sketch.
• Ensure the proposed parking complies with front and side boundary line offsets.
• The parking lot should support a minimum of 50 vehicles and up to 100 vehicles.
• Four lines of parking spaces in the front and one line adjacent to the building on
the side.
• Parking in adjacent grass should be accommodated and accessed from
pavement.
• The parking arrangement shall facilitate dual exit options traffic flow and
emergency egress.
• The parking spaces shall be marked.
• Handicapped parking shall be adjacent and level with the existing sidewalk. The
number of handicapped spaces shall be based on parking for 51 to 75 vehicles.
• Bollards shall be used to protect the building and the sign from vehicles.
• Existing first responder parking shall remain as existing on the existing
pavement.
• The flagpole shall remain in its current location with a small island to protect it.
• Investigate adding a helicopter landing area with lighting.
Utilities and Site Preparation:
• Slope, grading concerns, and historic fill compaction shall be addressed
• Soil and compaction testing must be included in the engineering scope due to a
history of un-compacted fill and drainage/boulder concerns from highway
construction/fill in the 1970s.
• The septic field and existing water power utilities, and telephone lines are not
impacted.
• Internet and sign lines cross underground in the proposed parking areas.
• Existing drainage includes downspout drywalls and bay drains; these will need to
be dug up, re-routed, encased in robust PVC (Sch 80), or replaced as necessary
during grading.
• Existing building-mounted floodlights, flagpole light, and sign lighting are
considered adequate. The company will be enhanced or repositioned to improve
parking lot lighting as necessary.
• Multiple oversized conduits should be planned under the parking lot for future
needs.
Deliverables:
• Engineering deliverables must include plans and specifications that are permit-
ready.
• The contractor is responsible for all revisions in case of initial plan rejection.
Contract Type: Fixed price
Contract Requirements:
• The Contractor is solely responsible for the safety of personnel working on the
site at all times.
• The contractor is responsible for providing all equipment and material needed to
execute the scope of work.
• Arrangements to tour the facility can be arranged by contacting the Technical
Point of Contact.
Bids:
Bids shall be sealed
Evaluation Criteria:
Each proposal will be evaluated for full compliance with the RFP instructions mandatory
terms and conditions set forth within the solicitation document. The objective of the
evaluation will be to recommend the firm(s) who are the most responsive to the
expressed needs of the Company.
Evaluation Process:
Proposals will be evaluated and interviews scheduled with selected firms in accordance
with the “procurement of professional services” method of selection outlined in § 2.2-
4302.2 A.4 and § 2.2-4303.1 of the Code of Virginia. Interviews will be conducted with
two or more offerors deemed to be fully qualified and best suited among those
submitting proposals, on the basis of the factors included in the Request for Proposals
(RFP). Negotiations will then be conducted with the offerors ranked highest in meeting
the expectations of the Company. If a contract that is satisfactory and advantageous to
the Company can be negotiated at a price considered fair and reasonable, the award
shall be made to that offeror. Otherwise, negotiations with the top ranked offerors shall
be formally terminated and negotiations will be conducted with the next ranked firms
and so on until such a contract(s) can be negotiated at a fair and reasonable pricing
schedule. Should the Company determine that only one offeror is fully qualified or that
one offeror is clearly more highly qualified than others, a contract may be negotiated
and subsequently awarded to that offeror.
Award:
Award will be made to the responsible offeror whose proposal is determined in writing
to be the most advantageous to the Company taking into consideration the evaluation
factors set forth in the RFP and the price following the competitive negotiation
process. The contract file shall contain the basis on which the award is made. The
award of a contract shall be the sole discretion of the Company. The award shall be
based on the evaluation of all information provided in response to the RFP or as the
Company may otherwise request. The Company reserves the right to accept or reject
any or all proposals in whole or in part and to waive any informalities in the RFP.
Further, the Company reserves the right to enter into a contract deemed to be in its
best interest.
Contract Term:
The contract term for services under this contract shall be for two (2) months from the
date of the contract award.
Method of Payment: Full payment after acceptance of deliverables.